DEVELOPMENT ALTERNATIVES, INC. has floated a tender for Supply of IT Equipment. The project location is Liberia and the tender is closing on 18 Jul 2019. The tender notice number is RFQ – DAI GLOBAL LIB 024 – IT Equipment, while the TOT Ref Number is 34577536. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Liberia

Summary : Supply of IT Equipment

Deadline : 18 Jul 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 34577536

Document Ref. No. : RFQ – DAI GLOBAL LIB 024 – IT Equipment

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DEVELOPMENT ALTERNATIVES, INC.
Attn: Deputy Chief of Party, DAI Global 18th Street and Warner Avenue, Sinkor, Monrovia
Liberia
Email :liberia_bidbox@dai.com

Tender Details

Quotation are invited for Supply of IT Equipment for Governance Commission Office in Monrovia.

1. Request for Quotations IT equipment

DAI, implementer of the USAID funded Local Empowerment for Government Inclusion and Transparency (LEGIT) invites qualified vendors to submit quotations to supply IT Equipment as follows:

1. RFQ No. RFQ – DAI GLOBAL LIB 024 – IT Equipment

2. Issue Date July 4, 2019

3. Title Supply of IT Equipment for Governance Commission Office in Monrovia

4. Issuing Office & Email/Physical Address for Submission of Proposals
Attn: Deputy Chief of Party, DAI Global
18th Street and Warner Avenue, Sinkor, Monrovia, Liberia
Email: Liberia_Bidbox@dai.com

5. Deadline for Questions Please submit questions by July 11, 2019 by 3:00 pm local time in Monrovia, Liberia to: Liberia_procurement@dai.com

6. Deadline for Receipt of Quotations Please submit quotations by July 18, 2019 by 12:00 noon local time in Monrovia, Liberia to: Liberia_Bidbox@dai.com

7. Point of Contact Deputy Chief of Party, DAI Global

8. Anticipated Award Type DAI anticipates awarding Purchase Order. This is only the anticipated type of award and may be changed as a result of negotiations. Issuance of this RFQ in no way obligates DAI to award a subcontract or purchase order and offerors will not be reimbursed for any costs associated with the preparation of their bid.

9. Basis for Award An award will be made to the responsible bidder whose bid is responsive to the terms of the RFQ and is most advantageous to DAI, considering price or/and other factors included in the RFQ. To be considered for award, bidders must meet the requirements identified in Section 12, “Determination of Responsibility”. No discussions or negotiations are permitted with bidders, and therefore bidders shall submit their best and final price.

10. General Instructions to Bidders ? Vendors wishing to submit quotation must do so on or before July 18, 2019 at 12:00 Noon. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion. ? Offerors can submit PDF version of the proforma electronically to Liberia_Bidbox@dai.com; electronic submission must be emailed with the subject line: “RFQ – DAI GLOBAL LIB 024 – IT Equipment)” and/or ? Bidders shall sign and date their quotation. ? Bidders shall complete Attachment A: Price Schedule template. ? These services are eligible for Goods and Services Tax (GST) exemption under the DAI prime contract. 11. Questions Regarding the RFQ Each Bidder is responsible for reading very carefully and understanding fully the terms and conditions of this RFQ. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email or in writing delivered to the Issuing Office no later than the date specified above. All questions received will be compiled and answered in writing and distributed to all interested Bidders. 12. Technical Specifications and requirements for Technical Acceptability Please see Appendix A for details. 13. Determination of Responsibility DAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s responsibility. When assessing a vendor’s responsibility, the following factors are taken into consideration: 1. Provide copy of valid Ministry of Commerce business registration to operate in Liberia. 2. Evidence of a DUNS number (explained below). 3. The source, origin and nationality of the services are not from a Prohibited Country (explained below). 4. Ability to comply with required or proposed delivery or performance schedules. 5. Have adequate financial resources to finance and perform the work or deliver goods or the ability to obtain financial resources without receiving advance funds from DAI. 6. Have a satisfactory past performance record. 7. Have a satisfactory record of integrity and business ethics. 8. Have the necessary organization, experience, accounting and operational controls, and technical skills. 9. Have the necessary production, construction and technical equipment and facilities if applicable.

10. Be qualified and eligible to perform work under applicable laws and regulations. 14. Geographic Code ? Under the authorized geographic code for its contract DAI may only procure goods and services from the following countries. Geographic Code 937: Goods and services from the United States, the cooperating country, and "Developing Countries" other than "Advanced Developing Countries:, excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf and http://www.usaid.gov/policy/ads/300/310mab.pdf respectively. ? DAI must verify the source, nationality and origin, of goods and services and ensure (to the fullest extent possible) that DAI does not procure any services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI. DAI will also search the Offeror within the System for Award Management (SAM) at www.SAM.gov before issuing an award. ? By submitting a quote in response to this RFQ, Bidders confirm that they are not violating the Source and Nationality requirements and that the services comply with the Geographic Code and the exclusions for prohibited countries. 15. Data Universal Numbering System (DUNS) All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25, 000 and above are required to obtain a DUNS number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300, 000. DAI requires that Bidders sign the self- certification statement if the Bidder claims exemption for this reason. For those required to obtain a DUNS number, you may request Attachment E: Instructions for Obtaining a DUNS Number. For those not required to obtain a DUNS number, you may request Attachment F: Self-Certification for Exemption from DUNS Requirement 16. Compliance with Terms and Conditions Bidder shall be aware of the general terms and conditions for an award resulting from this RFQ. The selected Bidder shall comply with all Representations and Certifications of Compliance listed in Attachment B. 17. Procurement Ethics Bidders certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Bidders or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to FPI_hotline@dai.com.

Item
Number
Item/Description Quantity Unit
Price
Total Price
1
Network Printer, (CANON Image Runner
2520 Dimensions: image runner, 565 mm x
680 mm x 806 mm (the platen cover) 565
mm x 689 mm x 771 mm (with the DAAF)
Maximum Original size-A3 Copy sizes:
cassette 1, 3 and 4: A3, A4, A4R, A5R
CUSTOM SIZE: 139.7 TO 297MM X 182 TO
432MM Resolution: reading: 600dpi x 600
dpi Copying 600dpi x 600dpi Printing:
600dpi x 600dpi, 1200dpi x 1200dpi Toner:
256 Gradations Copy/Print speed: A4 Image
runner 2545i/2545: 45ppm Image runner
2535i/2535:35pp Magnification: zoom: 25- 400% Fixed: 25%, 50%, 70%, 100%, 200%,
400% First copy time: black-and white :(
45/35ppm model), 5.4sec (30/25 ppm
model), 6.4sec (20ppm model) Warm-up- time 30 seconds Multiple/copies/prints 1 to
999 sheet
1
2
Desktops Computers, ( 9020 desktop
computer, intel cotre i5 processor, 4GB
RAM, 500GB hard drive, 19.6’’ LED
Screen Monitor with stand Windows-7/8/10
Professorial 64-bit Preinstalled Microsoft
office-2010/2013/2016 Preinstalled HDMI,
USB 3.0, Ethernet LAN, SDXC Card Ports
With Build in DVD-write availability
Desktops Computers)
8
3 Printer Toner, ( Toner - C-EXV 33 ) – Black 10
4 Printer Toner, ( Toner - C-EXV 33 ) – Color 5
5
Universal Power Supply backup, (APC
Genuine 7500 watts/7.5 APC UPS Backup) 8
6 Power Point Laser Pointer 1

Documents

 Tender Notice